W912DQ26QA001 Kansas FY26 Custodial Mass Solicitation
ID: W912DQ26QA001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST KANSAS CITYKANSAS CITY, MO, 64106-2896, USA

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Army Corps of Engineers, Kansas City District, is seeking qualified small businesses to provide custodial services for various lake projects in Kansas under solicitation number W912DQ26QA001. The procurement involves furnishing labor, equipment, and supplies for custodial services at nine designated lake projects, including Clinton Lake, Perry Lake, and Melvern Lake, among others. These services are essential for maintaining cleanliness and operational standards at federal recreational sites, ensuring a safe and pleasant environment for visitors. Interested contractors must submit their quotes by November 17, 2025, at 12:00 PM CST, via email to Cade Zelinsky at cade.s.zelinsky@usace.army.mil, and must be registered in SAM.gov. The contract is set aside for small businesses, with a size standard of $22 million under NAICS code 561720 (Janitorial Services).

    Files
    Title
    Posted
    The document outlines sections for a vendor's information, including fields for the offeror's name, address, phone number, email, UEI number, CAGE number, TIN number, signature, and date signed.
    The “Related Experience Form” is a mandatory document for all offerors seeking consideration for a government contract. It requires offerors to detail their contracting background and experience relevant to the Performance Work Statement (PWS). Offerors must submit at least one, but no more than three, forms. Each submission should include the contract work type, the agency/firm for whom the work was performed, a contact person and telephone number, the start and end dates of the work, and a detailed description of duties/work. Additionally, offerors should include any relevant training that would enhance their ability to perform the outlined work. The form emphasizes providing comprehensive and directly pertinent information to facilitate the evaluation for award.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ) Form PPQ-0 is a standardized document used by the Naval Facilities Engineering Command (NAVFAC) and the U.S. Army Corps of Engineers (USACE) to evaluate contractor performance for federal government RFPs. The form is divided into two main sections: contractor information and client information. Contractors complete details regarding their firm, the type of work performed (e.g., prime or subcontractor), and specific contract information, including contract number, type (e.g., Firm Fixed Price), title, location, dates, and prices. They also provide a project description, noting its complexity and relevance to current submissions. The client then completes sections evaluating the contractor's performance across various categories such as quality, schedule/timeliness, customer satisfaction, management/personnel, cost/financial management, safety/security, and general compliance. The client uses an adjective rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with clear definitions to assess specific performance aspects. The questionnaire concludes with a section for the client to provide additional remarks, including strengths, weaknesses, or deficiencies. This document is crucial for assessing performance risk and informs future contract awards.
    This document is a combined synopsis/solicitation (W912DQ26QA001) for commercial custodial services at various U.S. Army Corps of Engineers lake projects in Kansas. Issued as a Request for Quote (RFQ) with a due date of October 23, 2025, at 12:00 PM local time, offers must be submitted via email to cade.s.zelinsky@usace.army.mil and remain valid for at least 60 days. This acquisition is a Total Small Business Set-Aside under NAICS code 561720 (Janitorial Services) with a size standard of $22,000,000.00. The solicitation outlines performance-based payment terms, options for contract extension, and requires contractors to be registered in SAM.gov. Evaluation factors include price, relative experience, and past performance, with experience and past performance being more important than price. The document details specific FAR and DFARS clauses, including those related to subcontracting limitations, labor standards, and various compliance requirements. Wage determinations for different lake projects are also referenced.
    This document is a combined synopsis/solicitation (W912DQ26QA001) from the U.S. Army Corps of Engineers for custodial services at various lake projects in Kansas. Issued as a Request for Quote (RFQ) with a due date of October 23, 2025, at 12:00 PM local time, this acquisition is a Total Small Business Set-Aside under NAICS code 561720 (Janitorial Services) with a size standard of $22,000,000.00. Contractors must be registered and active in SAM.gov and submit quotes via email in PDF format. Evaluation factors include price, relative experience, and past performance, with experience and past performance being more important than price. The contract term, including options, shall not exceed 36 months, with a possible 6-month extension of services. Wage determinations for specific lake projects are referenced, and various FAR and DFARS clauses are incorporated by reference and full text, covering areas like subcontracting limitations, payment terms, and contractor responsibilities. This solicitation emphasizes compliance with federal regulations and requires specific forms for submission.
    This document is a combined synopsis/solicitation (W912DQ26QA001) from the U.S. Army Corps of Engineers for custodial services at various lake projects in Kansas. Issued as a Request for Quote (RFQ) with a total small business set-aside, the solicitation specifies a NAICS code of 561720 (Janitorial Services) and a size standard of $22,000,000.00. Quotes are due by October 23, 2025, at 12:00 PM local time and must be emailed in PDF format to cade.s.zelinsky@usace.army.mil, remaining valid for 60 days. The evaluation criteria prioritize "Relative Experience" and "Past Performance" over "Price." The document details specific FAR and DFARS clauses, including limitations on subcontracting, and outlines requirements for contractor registration in SAM.gov. Wage determinations for various Kansas counties are also referenced.
    The U.S. Army Corps of Engineers is seeking custodial services for various lake projects in Kansas, issued as a Request for Quote (RFQ) W912DQ26QA001. This is a total small business set-aside with a NAICS code of 561720 (Janitorial Services) and a size standard of $22,000,000.00. Quotes are due by October 23, 2025, at 12:00 PM local time and must be submitted via email to cade.s.zelinsky@usace.army.mil. Evaluation factors include price, relative experience, and past performance, with experience and past performance being more important than price. Contractors must be registered and active in SAM.gov and comply with various FAR and DFARS clauses, including limitations on subcontracting and labor standards. Site visits are encouraged but not required, and questions are due five days before the quote deadline. The contract includes options for extension up to 36 months.
    This document is a combined synopsis/solicitation (W912DQ26QA001) for commercial custodial services at various U.S. Army Corps of Engineers lake projects in Kansas. Issued as a Request for Quote (RFQ) by W912DQ, the solicitation requires contractors to furnish labor, equipment, and supplies for janitorial services. The acquisition is a Total Small Business Set-Aside, with NAICS code 561720 (Janitorial Services) and a size standard of $22,000,000.00. Quotes are due by October 23, 2025, at 12:00 PM local time and must be submitted via email to cade.s.zelinsky@usace.army.mil. Evaluation factors prioritize Relative Experience and Past Performance over Price. The document includes numerous FAR and DFARS clauses, with specific clauses for limitations on subcontracting, terms and conditions, and performance-based payments. Offerors must be registered in SAM.gov, and a site visit is encouraged but not required. Wage determinations for specific lake projects are also referenced.
    The U.S. Army Corps of Engineers is seeking custodial services for various lake projects in Kansas, issued as a Request for Quote (RFQ) W912DQ26QA001 with a total small business set-aside. The NAICS code is 561720 (Janitorial Services) with a size standard of $22,000,000.00. Quotes are due by October 23, 2025, 12:00 PM local time, and must be emailed to cade.s.zelinsky@usace.army.mil. Evaluation will prioritize relative experience and past performance over price. Offerors must be registered in SAM.gov and comply with various FAR and DFARS clauses, including limitations on subcontracting for services (50% to non-similarly situated entities). Key attachments include a Vendor Information Sheet, Relative Experience Form, and Past Performance Questionnaire. Site visits are encouraged but not required. Wage determinations are provided for specific lake projects.
    The U.S. Army Corps of Engineers is seeking bids for custodial services at various lake projects in Kansas. This Request for Quote (RFQ), solicitation number W912DQ26QA001, is a total small business set-aside with a NAICS code of 561720 (Janitorial Services) and a $22,000,000.00 size standard. Quotes, due by October 23, 2025, at 12:00 PM local time, must be emailed as PDFs to cade.s.zelinsky@usace.army.mil and remain valid for 60 days. The solicitation requires contractors to furnish labor, equipment, and supplies, adhering to all federal, state, and local laws, and includes specific FAR and DFARS clauses governing contracting, payment, and subcontracting. Evaluation factors prioritize relative experience and past performance over price. Offerors must be registered in SAM.gov, and a site visit is encouraged.
    This document is a combined synopsis/solicitation (W912DQ26QA001) for commercial custodial services at various lake projects in Kansas, issued by the U.S. Army Corps of Engineers. It is set aside for Total Small Businesses, with a NAICS code of 561720 (Janitorial Services) and a size standard of $22,000,000.00. Offers are due by October 23, 2025, at 12:00 PM local time and must be submitted via email in PDF format. Key evaluation factors are relative experience and past performance, which are more important than price. The solicitation includes various FAR and DFARS clauses, with specific wage determinations for different lake project locations. Contractors must be registered and active in SAM.gov and can seek assistance from APEX Accelerators for proposal preparation.
    This document is a combined synopsis/solicitation (W912DQ26QA001) from the U.S. Army Corps of Engineers for custodial services at various lake projects in Kansas. Issued as a Request for Quote (RFQ) with a due date of October 23, 2025, at 12:00 PM local time, offers must be submitted via email to cade.s.zelinsky@usace.army.mil and remain valid for at least 60 days. The acquisition is a Total Small Business Set-Aside, with NAICS code 561720 (Janitorial Services) and a size standard of $22,000,000.00. Key evaluation factors are Relative Experience and Past Performance, which are more important than price. Contractors must be registered and active in SAM.gov and comply with various FAR and DFARS clauses, including limitations on subcontracting, equal opportunity, and combating trafficking in persons.
    This government document, an amendment to solicitation W912DQ26QA001, issued by the US Army Corps of Engineers, Kansas City District, officially extends the due date for quotes. The original solicitation, dated September 23, 2025, now requires offers to be submitted by November 17, 2025, at 12:00 PM CST. The amendment outlines the mandatory methods for offerors to acknowledge receipt, including completing specific items on the form, acknowledging it on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge the amendment by the revised deadline may result in the rejection of the offer. The document also provides instructions for changing previously submitted offers, emphasizing that any changes must be received before the new opening hour and date. This amendment ensures that all prospective contractors are aware of the revised submission deadline and the proper procedures for acknowledging and modifying their bids.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sources Sought: Janitorial Services for Clarence Cannon Dam and Mark Twain Lake Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Louis District, is seeking sources for janitorial services at the Clarence Cannon Dam and Mark Twain Lake Project Area located in Monroe and Ralls Counties, Missouri. The procurement aims to identify businesses capable of providing labor, equipment, and materials for a range of cleaning services, including building maintenance, litter pickup, trash removal, and ensuring sanitary conditions across various facilities. This opportunity is crucial for maintaining operational standards at the project site and is expected to include a base year with up to four optional years. Interested businesses must submit a capability statement by December 12, 2025, detailing relevant experience and compliance with Cybersecurity Maturity Model Certification (CMMC) requirements, and can contact Leigh Thomas at leigh.a.thomas@usace.army.mil or Marla Sawyer at marla.j.sawyer@usace.army.mil for further information.
    Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO
    Buyer not available
    The U.S. Army Corps of Engineers, Kansas City District, is seeking contractors to provide refuse collection and disposal services for the Stockton Lake Project located in Stockton, Missouri. The contractor will be responsible for all aspects of refuse management, including the provision of personnel, equipment, and materials necessary for the collection and proper disposal of waste from various administrative and recreational areas, adhering to a specified collection schedule. This procurement is crucial for maintaining the cleanliness and safety of the project areas, with the contract structured as a firm-fixed-price agreement covering a base year and two option years. Interested parties must submit their quotes electronically by November 10, 2025, at 12:00 PM local time, to Angella Curran at angella.curran@usace.army.mil, and are encouraged to review the detailed solicitation documents for compliance with all submission requirements.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is soliciting proposals for office janitorial services at the North Springfield Lake and Upper Connecticut River Basin offices located in Vermont. The contract requires the selected vendor to provide comprehensive cleaning services, including weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, all in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million over a base year and two option years, emphasizing the use of environmentally preferable products. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, and must have an active registration in SAM.gov to be considered responsive.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.
    Janitorial Services for Government Facilities located in Klamath Falls, OR
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified contractors to provide janitorial services for government facilities located in Klamath Falls, Oregon. The procurement aims to maintain a clean and professional appearance across various designated spaces, including offices, restrooms, and common areas, through comprehensive janitorial tasks such as floor cleaning, trash removal, and supply replenishment. This opportunity is a Total Small Business Set-Aside, with a projected contract duration of one base year and four option years, and interested parties must submit their capabilities statements by 2:00 PM Pacific Time on December 12, 2025, to the designated contacts. For further inquiries, potential bidders can reach out to Dwain Graham at dwain.m.graham@usace.army.mil or Renee Krahenbuhl at renee.m.krahenbuhl@usace.army.mil.
    Custodial Services for MO024
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This procurement is critical for maintaining cleanliness and hygiene standards within the facility, with a contract period starting on January 1, 2026, and including four optional 12-month extensions and a potential six-month service extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details.
    Custodial Services TX075
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Victoria ARC located in Victoria, Texas. The procurement involves non-personal custodial services with a performance period from December 16, 2025, to December 15, 2026, which includes one base year and four option years, along with a potential six-month extension. These services are crucial for maintaining cleanliness and hygiene in government facilities, ensuring a safe and functional environment. Interested small businesses are encouraged to reach out to Amy Lewellen at amy.e.lewellen.civ@army.mil or call 520-706-0368 for further details regarding this total small business set-aside opportunity.
    Herbicide Application Services for Canton Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide herbicide application services for Canton Lake, Oklahoma. This procurement aims to maintain the landscaping and groundskeeping of the area, which is essential for environmental management and recreational purposes. The solicitation will be issued as a 100% Small Business set-aside, with a contract awarded on a Firm-Fixed Price basis for one base period and four option periods, anticipated to be valued around $72,170 based on previous contracts. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) website for updates, with the solicitation expected to be issued on or about December 12, 2025, and closing on or about January 12, 2026. For further inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073.
    Snow Removal and Sanding Services, Birch Hill Dam and Tully Lake, Royalston, MA
    Buyer not available
    The U.S. Army Corps of Engineers – New England District is seeking small business vendors to provide snow removal and sanding services at Birch Hill Dam and Tully Lake in Royalston, MA. The procurement requires the contractor to supply all necessary equipment, materials, labor, and transportation for effective snow management in these project areas. These services are crucial for maintaining accessibility and safety during winter months at the facilities. The solicitation is expected to be available online around December 11, 2025, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.